Wednesday, September 30, 2009

NORAD Fighters Escort Troubled Aircraft

By Donna Miles
American Forces Press Service

Sept. 30, 2009 - Two F-16 fighter jets intercepted a civilian aircraft this morning near Muncie, Ind., at the North American Aerospace Defense Command's direction and escorted it and its unconscious pilot until they crashed, NORAD officials reported. NORAD scrambled the Air National Guard F-16s at about 9:30 a.m. Mountain time to intercept a Mooney, single-engine aircraft when it failed to respond to radio calls. The F-16 pilots reported the civilian pilot appeared to be unresponsive. They escorted the aircraft until it crashed at about 10:40 a.m. Mountain time in a rural area of Randolph County, Ind., Air Force Capt. Sharbe Clark, a NORAD spokesman said.

The civilian aircraft was not believed to be part of any terrorist activity, Clark said. It left Grand Rapids, Mich., on a post-maintenance flight and had been in contact with ground air traffic controllers before the communication lines stopped.

The F-16s escorted the aircraft, trying to re-establish communications with the pilot and monitoring its erratic flight as it continued to lose altitude, Clark said.

First responders and local law enforcement responded to the scene. No information is yet available about the fate of the pilot, and no injuries have been reported on the ground, according to Rachel Meyer of the Indiana Department of Homeland Security.

Meyer called military interceptions an important element of homeland security.

Military interceptions typically are conducted to get the identified aircraft to re-establish communications with the local Federal Aviation Administration air traffic controllers and to direct them to land safely.

However, in cases like today's, the escorts monitor the aircraft's location and altitude and alert anyone in the area to help control the situation, Meyer said.

Officials Announce Homeowners Assistance Program Details

American Forces Press Service

Sept. 30, 2009 - Defense Department officials today announced the details for distributing $555 million available under the Homeowners Assistance Program. The program is part of the American Recovery and Reinvestment Act passed in February, and it's designed to partially reimburse those whose service to the nation has required them to relocate and sell their primary residence at a loss.

Those eligible include active and former servicemembers of the Army, Navy, Marine Corps, Air Force and Coast Guard. It also includes Defense Department and Coast Guard civilian employees and nonappropriated fund civilians.

The money -- which also is available to surviving spouses of fallen servicemembers and civilian employees -- is for those who lost money on their homes after having to sell them in the down economy.

At the top of the program's priority list are those wounded, injured or ill. Within that category, applications generally will be processed in chronological order of the wound, injury or illness, officials said. The program covers those wounded, injured of ill since Sept. 11, 2001, and who relocate for medical treatment.

Next are surviving spouses moving within two years of the death of the spouse. Applications generally will be processed in chronological order of the servicemember's or employee's date of death.

Next up are servicemembers and civilians affected by the 2005 base realignment and closure process. Applications generally will be processed in chronological order of the date of job elimination, officials said. Under the legislation, homeowners do not have to prove that the BRAC process caused the drop in housing price.

Servicemember homeowners receiving orders dated on or after Feb. 1, 2006, through Dec. 31, 2009, for a permanent change of station move are next on the priority list. The orders must specify a reporting date on or before Feb. 28, 2010, to a new duty station or home port outside a 50-mile radius of the former duty station. These dates may be extended to Sept. 30, 2012, based on availability of funds, officials said.

The Army Corps of Engineers is handling the processing. People wishing to apply or seeking more information can go to http://hap.usace.army.mil.

The program has been in place since 1966, when it was used to mitigate the effect of a base closure on home prices. The current program is expanded to cover those affected by the economic downturn. The program is not designed to pay 100 percent of losses or to cover all declines in value, officials said, but it can help to protect eligible applicants from financial catastrophe due to significant losses in their home values.

Personal Finance Expert Gives Soldiers Advice They Can Bank On

By Samantha L. Quigley
American Forces Press Service

Sept. 30, 2009 - Personal finance expert Suze Orman said she doesn't hold much hope that the economy will recover as quickly as the troops she met at Walter Reed Army Medical Center here yesterday. "I don't think it will," she told those gathered on the Walter Reed campus for a Financial Readiness Road Show. "I've stood up here for too many years and I have said, 'If we are not careful, the rich are going to get richer, the poor will get poorer, and the middle class will disappear.

"Welcome to 2010, where that's about to become a reality," she quipped.

But hope is not lost, she said. People can save themselves if they make the right financial moves and look at their situations realistically.

Orman started her presentation by asking the crowd what questions she could answer for them. The queries, varied though they were, focused on investing.

Then she asked everyone in the audience who was carrying debt to stand. The majority stood.

"I find that very funny," she said. "How can I talk to you about money when you don't have any? But you can't talk about having [money] until you talk about what you do have, and what you do have is debt."

Then the floodgates opened, and Orman began laying down the law and the path to financial freedom.

It starts with a strong financial foundation, an emergency fund equal to eight months of basic living expenses, she said, adding that this is the top priority, even before paying off credit card debt.

Next up was credit cards. When those balances go down, credit scores, go up, she told the group, using the Fair Isaac and Co., or FICO, credit-rating score in her explanation.

"[Your FICO score] is probably the most important thing for you to know, bar none, in your personal financial history," she said. "FICO scores go from 300 to 850. Anything under 500 -- forget about it, people. You are a serious FICO mess." A score of 760 or above is the goal these days, she added.

That score affects just about every aspect of a person's life, from mortgage and car loan interest rates to getting a new job, Orman said. Good scores are the results of always paying bills on time, never going over a credit limit and not charging credit cards up to their limit.

While that contributes to a good FICO score, 30 percent of the score depends on the debt-to-credit-limit ratio.

"Let's say you have five credit cards, each with a $2,000 credit limit," she said. "That is a $10,000 credit limit in totality. If you had charged $2,000 on each one of these cards, you would have a $10,000 credit limit [and] $10,000 in debt. That is 100 percent debt -- [the] what-you-owe to credit-limit ratio."

But if all but one of those cards gets paid off and the creditors allow the cards to remain open -- which is not always the case today -- then the ratio goes down and the FICO score goes up, Orman said.

"What's so sad is that the creditors now are closing your credit cards down for you, and that is hurting your FICO score," she said. "When your FICO score goes down, everything else goes up, including your car insurance premiums."

Worse than credit card debt is student-loan debt, Orman told the audience. Interest rates are rising on those loans, and they're the first ones people stop paying on when things get tight.

But that's a big mistake, she said. Unlike credit cards, which are unsecured debt, student loans are debts that "will follow you to your grave." They can't be discharged, even in bankruptcy.

After discussing the emergency fund and elimination of debt, Orman turned her focus to retirement, specifically the Thrift Savings Plan, noting the difference between the plans offered to military members and the Defense Department's civilian employees.

"They don't match your contribution," she said to the servicemembers. "If you happen to be a civilian in the military and [you] put in a dollar, they match [the] contribution."

Orman's said servicemembers may be better off investing in a Roth IRA, if they qualify. The contributions are taxed once up front, and any original contributions are eligible for withdrawal without taxation or penalty. Another plus to the Roth IRA is that contributions are taxed under the current tax brackets, which Orman described as the lowest in history.

"The question becomes, what sense does it make to put money away at the lowest tax brackets possibly of your life ... to possibly and probably take it out years from now at what might be the highest tax brackets of your life?" she asked them.

One the emergency fund is established, credit cards paid down and retirement is squared away, Orman said, it's time to look at investing, and a down market is the time to do that.

Orman said she doesn't understand why some long-term investors see a down market as a bad thing. "Rather than liking that the stock market is down, especially when you don't need your money right away ... you're freaked about it," she said. "Wouldn't you rather buy a great stock, mutual fund, or whatever at $5 a share, so that if you're investing $100 a month, you're able to buy 20 shares versus the same stock that was at a $100 a share, so every time you invested you were able to buy one share?"

She used General Electric stock, currently about $16 a share, down from $30 a share a year ago, as an example. Before the market started to rebound, she said, that stock was $6 a share.

"Think how many shares you could have purchased. You stop investing when the market is down," she scolded. "You start investing when the market starts to go up and you feel better. Mistake, mistake, mistake."

Regardless of where the market is, investment should be a regular occurrence, whether it's monthly, quarterly or yearly, she said.

"There's nothing wrong with you investing some of your money ... across the board. You should have some of your money invested overseas," Orman said, adding that precious metals also might be a consideration.

"Time is the most important financial ingredient in any financial freedom recipe," she said. "Every single day you decide to waste, every single day you decide you don't want to get involved with your money ... you are changing the outcome of your financial future."

Orman said she doesn't think the real estate market has hit bottom yet. According to a National Association of Realtors study, 50 percent of first-time home buyers in the United States this year said they did so only to take advantage of an $8,000 tax credit. That could be the cause of the real estate market boost, she said.

She also encouraged those in the audience to plan for the unforeseen by having a will and a living revocable trust.

"You can download over $2,500 worth of state-of-the-art documents [from her Web site] that will protect you [and] your family in every possible situation," she said.

The session proved to be a learning experience for one soldier who is just setting out on her financial path.

"I need to work on my credit score. I'm not in that much debt," Army Spc. Laquinta Gray said. "I'm just starting off, so it's not that much, but she was telling the truth. She didn't sugarcoat anything, which is a good thing."

Gray said she needs to focus on her credit cards to get her financial house in order.

The wounded warriors at Walter Reed are not exempt from life's financial realities and need to focus on their whole financial picture, Orman said, adding that she understands they're still in their recovery phase and are not really thinking about their finances.

"The problem is, that ends. They then leave. Now what happens?" she asked. "Wealth is something that if you don't have it, it doesn't matter if you're healthy. It doesn't matter how you're feeling. You will feel so financially sick inside that it will get you physically sick."

Her advice to them: "These men and these women and these families have got to give as much attention to their money as they do everything else, but it's not part of the equation for them. I've got to make it be part of the equation for them, or really, they're going to end up wishing something that we don't want them to wish."

The Financial Readiness Roadshow was co-sponsored by the deputy undersecretary of defense for military community and family policy. The shows are designed to help servicemembers and their families make direct contact with financial counselors to learn about budgets and spending plans, credit management, housing loans and foreclosures, savings and investments, financial, estate and retirement planning.

MILITARY CONTRACTS September 30, 2009

AIR FORCE
Aerospace Corporation of El Segundo, Calif., was awarded a $925,636,600 contract to extend the existing contract for one year to provide scientific, engineering and technical effort in support of the Space and Missile Systems Center and other Department of Defense Programs. At this time, no money has been obligated. SMC/PIK, El Segundo, Calif., is the contracting activity (FA8802-09-C-001,P00021).

Hawker Beechcraft Corp., of Wichita, Kan., was awarded a $83,412,128 contract for 7 T-6A, Texan II training aircraft produced by Hawker Beechcraft Corporation Aircraft Co. At this time, the entire amount has been obligated. 877 AESG/SYI, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8617-09-C-6175).

Northrop Grumman Technical Services, Inc., of Herndon, Va., was awarded a $59,739,217 contract for C-20 contractor logistics support. This effort includes depot maintenance, contractor operated and maintained base supp, flight line maintenance and field team support. At this time, no money has been obligated. 727 ACSG/PKB, Tinker Air Force Base, Oklahoma is the contracting activity (FA8106-08-C-0010).

ITT Corp., of Alexandria, Va., was awarded a $49,000,000 contract which will provide for research and development for scientific, engineering, computational, code development, computer model development, and technical functions analysis, modeling, simulation, test support, test planning, software support as well as other technical functions required to support the Air Force Nuclear Weapons Center. At this time, no money has been obligated. AFRL/RVKE, Kirtland Air Force Base, New Mexico is the contracting activity (FA9453-09-D-0380).

General Atomics Aeronautical Systems, Inc. of Poway, Calif., was awarded a $46,040,935 contract which is for Linux operating systems, technical orders, improved display, and spares for the Predator/Reaper. At this time, the entire amount has been obligated. 703 AESG/SYK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8620-05-GD-3028).

Northrop Grumman Corp., of Norwalk, Conn., awarded a $36,050,767 contract which will is for the procurement of various spare parts for the AN/APN low powered radar system. At this time, the entire amount has been obligated. 330 ACSG/GFKA, Robins Air Force Base, Ga., is the contracting activity (FA8504-09-C-0004).

McDonnell Douglas Corp., of Long Beach, Calif., was awarded a $26,205,625 contract which is for the modification to the C-17 Globemaster III sustainment partnership contract to procure large aircraft spare parts. At this time the entire amount has been obligated. 516 AESG/SYK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8614-04-C-2004).

Honeywell International, Incorporated of Tempe, Ariz., was awarded a $25,178,598 contract which will provide for the acquisition of overhaul/repair and spare parts in support of several weapons systems. At this time no money has been obligated. 448 SCMG/PKBC, Tinker Air Force Base, Oklahoma is the contracting activity (F34601-00-D-0371).

General Dynamics Armament System Incorporated of Burlington, Vermont was awarded a $22,508,539 contract which will provide machine gun housing applicable to 20MM guns. At this time, $3,221,778 has been obligated. 782 CBSG/GBKAA, Robins Air Force Base, Ga., is the contracting activity (FA8520-09-D-0005).

General Atomics Aeronautical Systems, Inc., of Poway, Calif., was awarded a $19,500,000 contract which will provide various MQ-9 Reaper equipment and items including aircraft supplemental spares, 30 day pack-up kits, and ground support equipment. At this time, the entire amount has been obligated. 703 AESG/SYK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8620-05-G-3028, DO 0034).

I.H.S. Global of Englewood, Col., was awarded a $19,000,000 contract which will provide a service to convert parts configuration from illustrated parts breakdown technical orders to a digital form suitable for uploading to the parts configure management system. At this time, $11,459,500 has been obligated. 78 CCS/PKA, Robins Air Force Base, Ga., is the contracting activity (FA8501-09-D-0006).

McDonnell Douglas Corp., of St. Louis, Missouri was awarded a $17,000,000 contract which will provide for miniature weapon demonstration research and development for a 5-year ordering period. At this time, $170,000 has been obligated. AFRL/RWK, Eglin Air Force Base, Florida is the contracting activity (FA8651-09-D-0302).

Pratt and Whitney of East Hartford, Conn., was awarded a $15,703,000 contract which will provide services and material necessary to provide the Oklahoma City Air Logistics Center with maintenance, repair, and overhaul capability for the F117 jet engine, which powers the C-17 aircraft. At this time, $4,040,000 has been obligated. OC-ALC/PKEA, Tinker Air Force Base, Oklahoma is the contracting activity (FA8100-09-C-0004).

Raytheon Co., of Reston, Va., was awarded a $15,554,491 contract which will provide an approved sole, source award for the fiscal year 09-10 production of transportable ground receiver suite terminals. At this time, no money has been obligated. 653 ELSG/KCK of Hanscom Air Force Base, Mass., is the contracting activity (FA8726-09-D-0003).

Linquest Corp., of Los Angeles, Calif., was awarded a $15,427,268 contract which will exercise Option 3 on the communications analysis, systems integration, and engineering services contract that supports the Military Satellite Communications Systems Wing. At this time, $4,637,444 has been obligated. MCSW/PK, El Segundo, Calif., is the contracting activity. (FA8808-06-C-0002).

Lockheed Martin Corp., of Orlando Fla., was awarded a $9,900,000 contract which will provide for Fiscal Year 2010 C-130-J maintenance and training. At this time, no money has been obligated. 677 AESG/SYK, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8621-06-C-6300).

Meggitt Aircraft Braking System of Akron Ohio has been awarded a $9,282,908 contract which will provide for a commercial basic ordering agreement for 164 brake stack and heat shields used on the landing gear wheels in support of the B-1B aircraft. At this time the entire amount has been obligated. 448 SCMG/PKAB, Hill Air Force Base, Utah is

Cubic Defense Application, Incorporated of San Diego, Calif., was awarded a $8,581,782 contract which will provide for 20 P5 combat training system pods, four display and debrief stations and two control display units, as well as contractor logistical support to be placed at two locations in Egypt. At this time, the entire amount has been obligated. 675 ARSS/PK, Eglin Air Force Base, Florida is the contracting activity (FA8678-09-C-0060).

Integral Systems, Incorporated of Columbia, Md., was awarded a $7,500,000 contract which will modify the Command and Control System consolidated contract. At this time, $1,200,000 has been obligated. SMC/MCSW, El Segundo, Calif., is the contracting activity (F04701-01-C-0012, P00159).

ABECO Contracting, Incorporated of San Antonio, Texas was awarded a $7,087,563 contract which will provide all labor, equipment, tools, materials, transportation and incidentals necessary to permanently repair the roof storm damage to the Tinker Aerospace Complex. At this time, the entire amount has been obligated. 72d CONS, Tinker Air Force Base, Oklahoma is the contracting activity (FA8101-09-D-0005).

Vision Systems International of San Jose, Calif., was awarded a $7,028,773 contract which provides for the repair of A/A24A-56 joint helmet mounted cueing systems, 24 repair contract line items, and one contract line item for data. At this time, no money has been obligated. WR-ALC/PKHCB, Robins Air Force Base, Ga., is the contracting activity. (FA8522-09-D-0012)

King Aerospace Incorporated of Addison, Texas was awarded a $6,964,000 contract which will provide for the procurement of contractor logistics support for two E-9 aircraft assigned to Tyndall Air Force Base, Fla. At this time, no money has been obligated. 727 CLSG/PKB, Tinker Air Force Base, Oklahoma is the contracting activity (F34601-01-C-0053, P00136).

DOSS Aviation, Incorporated, of Colo., Springs, Colo., was awarded a $6,817,000 contract which will provide for the contractor logistics support for 32 United States Air Force Academy aircraft located at Peterson Air Force Base, United States Air Force Academy, and an academy auxiliary airfield, all located in Colorado. At this time, no money has been obligated. 727 CLSG/PKB, Tinker Air Force Base, Oklahoma is the contracting activity (FA8106-07-C-0003, P00039).

Kaman Precision Products, Inc of Orlando, Fl., was awarded a $6,448,592 contract which will provide for joint programmable fuze systems. At this time, the entire amount has been obligated. 679 ARSS, Eglin Air Force Base, Fla., is the contracting activity (F08626-98-C-0006, P00124).

DEFENSE LOGISTICS AGENCY
American Water Operations & Maintenance, Inc., Voorhees, N.J., is being awarded a maximum $650,262,714 firm fixed price, prospective redetermination contract for ownership, operation and maintenance of potable water and wastewater utility systems. Other location of performance is Fort Meade, Md. Using service is Army. The original proposal was Web solicited with two responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is 2060. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-C-8256).

BAE Systems Safety Products, Pompano Beach, Fla., is being awarded a maximum $313,332,413 firm fixed price, sole source, long term contract for gunner restraint kits, vehicular accessory kits and vehicular safety belt kits. There are no other locations of performance. Using services are Army and Marine Corps. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Sept. 29, 2010. The contracting activity is the Defense Supply Center Columbus, Columbus, Ohio (SPM7LX-09-D-7112.

American Water Operations & Maintenance, Inc., Voorhees, N.J., is being awarded a maximum $287,793,679 firm fixed price, prospective redetermination contract for ownership, operation and maintenance of potable water and wastewater utility systems. Other location of performance is Fort Belvoir, Va. Using service is Army. The original proposal was Web solicited with three responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is 2060. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-C-8257).

Meggitt Safety Systems, Inc., Simi Valley, Calif., is being awarded a maximum $58,029,856 firm fixed price, sole source contract for canopy actuator. There are no other locations of performance. Using service is Air Force. There was originally one proposal solicited with one response. The date of performance completion is Sept. 28, 2014. The contracting activity is the Defense Logistics Agency Ogden (DSCR-ZAD), Hill AFB, Utah (SPRHA4-09-D-0004).

Entergy Arkansas, Inc., Little Rock, Ark., is being awarded a maximum $41,175,646 regulated tariff contract for assumption of ownership, operation and maintenance of electric distribution system. Other location of performance is Little Rock Air Force Base, Arkansas. Using service is Air Force. The original proposal was Web solicited with three responses. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is September 2059. The contracting activity is the Defense Energy Support Center, Fort Belvoir, Va., (SP0600-09-C-8259).

Meggitt Safety Systems, Inc., Simi Valley, Calif., is being awarded a minimum $13,152,230 firm fixed price, sole source contract for canopy actuator. There are no other locations of performance. Using service is Air Force. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is Feb. 29, 2011. The contracting activity is the Defense Logistics Agency Ogden, Hill AFB, Utah, (SPRHA4-

The Boeing Co., St. Louis, Mo., is being awarded a maximum $9,969,573 firm fixed price, sole source contract for wing landing flaps. Other location of performance is Kansas. Using service is Air Force. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is April 29, 2016. The contracting activity is the Defense Logistics Agency Oklahoma City, Tinker AFB, Okla., (SPM4A1-09-G-0004-UN05).
Pratt and Whitney, East Hartford, Conn., is being awarded a maximum $9,059,890 firm fixed price, sole source contract for replenishment spare supplies. There are no other locations of performance. Using service is Air Force. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 24, 2012. The contracting activity is the Defense Logistics Agency Oklahoma City, Tinker AFB, Okla. (SPRTA1-09-G-0001-0119).

The Boeing Co., St. Louis, Mo., is being awarded a maximum $8,202,379 firm fixed price, sole source contract for aircraft fairings. Other location of performance is Kansas. Using service is Air Force. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is June 29, 2012. The contracting activity is the Defense Logistics Agency Oklahoma City (DSCR-ZBAA), Oklahoma City, Okla., (SPM4A1-09-G-0004-UN07).

Pratt & Whitney, East Hartford, Conn., is being awarded a maximum $7,996,800 firm fixed price, sole source contract for spare air case compressor. There are no other locations of performance. Using service is Air Force. There was originally one proposal solicited with one response. Contract funds will not expire at the end of the current fiscal year. The date of performance completion is December 31, 2012. The contracting activity is the Defense Logistics Agency Oklahoma City (DSCR-ZBAB), Tinker AFB, Okla. (SPRTA1-09-G-0001-0094).

ARMY
Turner Construction Co. Inc., Huntsville, Ala., was awarded on Sept. 28, 2009 a $333,359,000 firm-fixed-price contract to design and construct a 845,000 GSF community hospital at Fort Benning, Ga. Primary facilities include an inpatient medical facility with ancillary services, clinics, central energy plant, special foundations, ambulance garage and building information systems. This project is conjunctively funded with $278 million DHP MILCON funding and $125 million of Army BRAC funds, for a total of $403 million. Work is to be performed in Fort Benning, Ga., with an estimated completion date of May 25, 2013. Three bids solicited with three bids received. U.S. Army Corps of Engineer District, Savannah, Ga., is the contracting activity (W912HN-09-C-0045).

Alliant Tech Systems Inc., Independence, Mo., was awarded on Sept 25, 2009 a $105,820,739 firm-fixed-price based with options contract for a non-standard ammunition for the government of Afghanistan and U.S. Forces. Work is to be performed in Independence, Mo., with an estimated completion date of Sept 30, 2012. Bids were solicited on the World Wide Web with three bids received. Army Contracting Command (ACC) Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0060).

Kiewit Southern Co., Sunrise Fl., was awarded Sept. 25, 2009 a $81,000,000 firm-fixed-price contract to modify state roads (SR) 90 modify water deliveries to Everglade National Park, Miami Dade City, Fl. Work is to be performed in Miami Dade County, Fl., with an estimated completion date of April 30, 2013. One hundred forty seven bids were solicited with 11 bids received. U.S. Army Corps of Engineers, Jacksonville, Fl., is the contracting activity (W9178-09-C-0060).

AM General LLC, South Bend, Ind., was awarded Sept 25, 2009 a $60,072,345 firm-fixed-price contract for 335 each of High Mobility Multi-Purpose Wheeled Vehicles to contract. Work is to be completed in Mishawaka, Ind., with an estimated completion date of Dec 31, 2009. One bid solicited with one bid received. TACOM Warren, AMSTA-TAC-ATAA, Warren, Mich., is the contracting activity (DAAE07-01-C-S-001).

AM General LLC, South Bend, In., was awarded Sept 25, 2009 a $55,154,654 firm-fixed-price contract for 373 each High Mobility Multi-Purpose Wheeled Vehicles to contract. Work is to be completed in Mishawaka, In., with an estimated completion date of Dec 31, 2009. One bid solicited with one bid received. TACOM Warren, AMSTA-AQ-ATCA, Warren, Mich., is the contracting activity (DAAE07-01-C-S-001).

Rockwell Collins, Incorp, Cedar Rapids, Iowa., was awarded on Sept. 25, 200 a $52,317,000 firm-fixed-price contract. This contract is for the design, research, development, and production of 60 international partners variant single channel anti-manportable to the Canadian Department of National Defense on a Foreign Military Sales basis. Work is to be completed in Cedar Rapids, Iowa., with and estimated completion date of Sept. 25, 2014. Sole Source bids were solicited with one bid received. CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-09-C-L010).

BAE Systems, Sealy, Texas., was awarded on Sept. 25, 2009 a $51,960,132 firm-fixed-price contract for the reset of 470 Family of Medium Tactical Vehicles. Work is to be performed in Sealy, Texas, (75 percent) and Texarkana, Texas, (25 percent) with an estimated completion date of Sept. 24, 2010. One bid solicited with one bid received. TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-09-C-0649).

ARMTEC Defense Products Co., Coachella, Calif., was awarded on Sept. 25, 2009 a $45,631,614 firm-fixed-price contract for M206, MJU-7A/B and MJU-10/B countermeasure flares. Work is to be performed in Milan, Tenn., (50 percent), East Camden, Ark., (50 percent), with an estimated completion date of Nov. 30, 2011. Bids were solicited on the World Wide Web with two bids received. U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0055).

General Dynamics Ordnance and Tactical Systems., St. Petersburg, Fla., was awarded on Sept 25, 2009 a $44,503,256 firm-fixed-price based with options contract for a non-standard ammunition for the government of Afghanistan and U.S. Forces. Work is to be performed in St. Petersburg, Fla., with an estimated completion date of Sept 30, 2012. Bids were solicited on the World Wide Web with three bids received. Army Contracting Command (ACC) Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W52P1J-09-C-0061).

Kilgore Flares Co., LLC., Toone, Tenn., was awarded on Sept. 25, 2009 a $42,272,288 firm-fixed-price contract for M206, MJU-7A/B and MJU-10/B countermeasure flares. Work is to be performed in Toone, Tenn., with an estimated completion date of Nov. 30, 2011. Bids were solicited on the World Wide Web with two bids received. U.S. Army

Lockhead Martin Corp., Orlando, Fla., was awarded on Sept. 24, 2009 a $38,474,436 cost-plus-fixed-fee contract. This contract is for the Warfighter Simulation (WARSIM) system is the effort required to continue the design, development, integration, test, install, training, exercise support, management, software components of the Joint Land Component Constructive Training capability training system with other simulation models to form a constructive training environment. The WARSIM system will provide a battle command training environment that will allow unit commanders, staff, and command posts to focus their Warfighters and systems in countering threats across the operational continuum. Work is to be performed in Orlando, Fla., with an estimated completion date of Sept. 29, 2011. One bid solicited with one bid received. Program Executive Office, Simulation, Training and Instrumentation Acquisition Center, Orlando, Fla., is the contracting activity (W900KK-09-C-0055).

Archer Western, Atlanta, Ga., was awarded on Sept. 24, 2009 a $38,328,641 firm-fixed-price contract. This is a design/build construction contract for the FY09 Starship Renovation Building 6050, Fort Sill, Okla. This Starship renovation will be comprised of: DFAC to classroom conversion, battalion headquarters renovation and expansion, classroom renovation, company operations facilities renovation, laundry area renovation, sleeping bay renovation and all other miscellaneous spaces within the facility. The facility renovation will also include upgrading all building systems such as mechanical, electrical, and structural as required to meet current codes and regulations. This task order also includes related work proposed by options which includes renovation to the battalion headquarters classrooms, provide seismic upgrades for the entire building, provide standing seam metal roof, battalion headquarters renovation and expansion, battalion headquarters renovation, and repair of the battalion headquarters area. Work is to be performed in Fort Sill, Okla., with an estimated completion date of Mar. 31, 2011. Two bids solicited with two bids received. U.S. Army Corps of Engineer District, Tulsa, Okla., is the contracting activity (W9126G-08-D-0067).

BOH Brothers Construction Co., LLC., New Orleans, L.A., was awarded on Sept. 24, 2009 a $31,713,678 firm-fixed-price contract. This contract is for the West Banks and vicinity, East of Harvey Canal Hurricane Protection Project, East and West of Algiers Canal, WBV-10 Fronting Protection, Belle Chasse Pump Station No. 1, Plaquemines Parish, Louisiana. The work consist of construction of improvements to existing frontal hurricane protection at the Belle Chasse No. 1 Pump Station in Plaquemines Parish, La. Work includes new pile-supported concrete floodwall structures, extensions of existing pump discharge pipes and related mechanical and electrical modifications at the Belle Chasse No. 1 drainage pump station, dewatering and temporary retaining structures, demolition of existing structures, excavation and backfill, site drainage, and all other incidental work. Work is to be performed in Belle Chasse, Plaquemines Parish, La., with an estimated completion date of May 29, 2011. Bids were solicited via FedTeds with seven bids received. U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-09-C-0116).

AM General LLC, South Bend, Ind., was awarded Sept 25, 2009 a $25,836,904 firm-fixed-price contract for 165 each of High Mobility Multi-Purpose Wheeled Vehicles to contract. Work is to be completed in Mishawaka, Ind., with an estimated completion date of Dec 31, 2009. One bid solicited with one bid received. TACOM Warren, AMSTA-AQ-ATAA, Warren, Mich., is the contracting activity (DAAE07-01-C-S-001).

BOH Brothers Construction Co., LLC., New Orleans, L.A., was awarded on Sept. 25, 2009 a $21,399,478 firm-fixed-price contract. This contract is for the wbv-13 West Banks and vicinity, East and West of Algiers Canal Fronting Protection, New Orleans Sewerage & Water Board Pump Station No. 11, Orleans Parish, La. Work is to be performed in, Orleans Parish La., with an estimated completion date of May 15, 2011. Bids were solicited via FedTeds with six bids received. U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-09-C-0117).

AM General LLC, South Bend, Ind., was awarded Sept 25, 2009 a $17,695,185 firm-fixed-price contract for 113 each of High Mobility Multi-Purpose Wheeled Vehicles to contract. Work is to be completed in Mishawaka, Ind., with an estimated completion date of Dec 31, 2009. One bid solicited with one bid received. TACOM Warren, AMSTA-AQ-ATCA, Warren, Mich., is the contracting activity (DAAE07-01-C-S-001).

Raytheon Missile Systems, Tucson, Ariz., was awarded on Sept. 23 a $ 16,130,000 firm-fixed-price contract for 155mm Excalibur Block 1A-1 projectiles (250 FY09 units of 750 total FY09 units). Work is to be performed in Tucson, Ariz., (29 percent), McAlester, Okla., (1 percent), Farmington, New Mexico., (10 percent), Niceville, Fla., (6 percent), Healdsburg, Calif., (13 percent), Anniston, Ala., (5 percent), Cincinnati, Ohio., (4 percent), Anaheim, Calif., (11 percent), Williamsport, Va., (2 percent), Joplin, Mo., (2 percent), Lowell, Mass., (2 percent), Minneapolis, Minn., (1 percent), Karlskoga, Sweden, (10 percent), and United Kingdom (4 percent), with an estimated completion date of Oct. 31, 2011. One sole source bid was solicited with one bid received. U.S. Army Contracting Command, Joint Munitions & Lethality Contracting Center, CCJM-CA, Combat Ammo Center, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-07-C-0100).

AM General LLC, South Bend, Ind., was awarded Sept 25, 2009 a $15,717,025 firm-fixed-price contract for 105 each of High Mobility Multi-Purpose Wheeled Vehicles to contract. Work is to be completed in Mishawaka, Ind., with an estimated completion date of Dec 31, 2009. One bid solicited with one bid received. TACOM Warren, AMSTA-TAC-AQ-ATCA, Warren, Mich., is the contracting activity (DAAE07-01-C-S-001).

LECON, Inc., Houston, Texas, was awarded on Sept. 24, 2009 a $10,392,150 firm-fixed-price contract. This contract will consist of sediment removal, backfill drains, articulated concrete blocks, metal sheet piling, relief wells, subdrainage systems, and storm drains. Work is to be performed in Harris County, Texas, with an estimated completion date of July 31, 2010. Bids were solicited on the World Wide Web with one bid received. U.S.A. Corps of Engineers District, Galveston, Texas, is the contracting activity (W912HY-09-C-0038).

Manson-Dutra JV, Seattle, Wash., was awarded on Sept. 24, 2009 a $9,108,650 firm-fixed-price contract. This work consist of maintenance dredging of the Federal channel located at or near the port of Redwood City Harbor Channel, San Mateo County, Calif. All dredging, material transportation and material placement shall be in accordance with the project plans, specifications, permits, regulatory guidance and applicable contract clauses, dredged material project Hamilton Wetland Restoration Project (HWRP). The government will provide off loading at the HWRP. The contract may provide proposals for fully permitted beneficial use upland alternatives other than those placement sites listed herein. Work is to be performed in San Mateo County, Calif., with an estimated completion date of Dec. 4, 2009. Twenty bids were solicited with one bid received. U.S. Army Corps of Engineers, San Francisco District, San Francisco, Calif., is the contracting activity (W912P7-09-C-0023).

Science Applications International Corporation, Logistics, & Engineering Solutions Business Unit, San Diego, Calif., was awarded on Sept. 25, 2009 a $34,531,642 firm-fixed-price contract. This contractor will provide air conditioning and fire suppression repair services for the Joint Program Office for Mine Resistant Ambush Protected Vehicles. Work is to be performed in Kuwait (98 percent), and Sterling Heights, Mich., with an estimated completion date of Mar. 3, 2011. One bid solicited with one bid received. U.S. Army TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-09-A-0003).

General Dynamics Land Systems, Inc., Sterling Heights, Mich., was awarded on Sept. 25, 2009 a $33,960,000 cost-plus-fixed-fee contract. This contract is for the modification P00130 is exercising an option for system technical support for the ABRAMS tank program. Work is to be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 31, 2011. One bid solicited with one bid received. U.S. Army TACOM, Warren, AMSCC-TAC-AHLC, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).

Lockheed Martin Corp., Orlando, Fla., was awarded on Sept. 28, 2009 a $33,119,713 firm-fixed-price contract for M299 launchers and launchers spares for Longbow program. Work is to be performed in Orlando, Fla., with an estimated completion date of Jan. 30, 2015. One bid solicited with one bid received. U.S. Army Aviation and Missile Command, CCAM-AC-TM-H, Redstone, Arsenal, Ala., is the contracting activity (W31P4Q-07-C-0154).

Boh Bros. Construction Co., LLC., New Orleans, La., was awarded on Sept. 24, 2009 a $29,984,860 firm-fixed price contract. This contract is for WBV-18-2 Highway 90 to Lake Cataouatche pumping station, Levee Baseline Station. 160+00 to 302+23, Phase II, First Lift, and levee enlargement. Work is to be performed in Jefferson Parish, La., with an estimated completion date of June 30, 2011. Bids were solicited via FedTeds with nine bids received. USA Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-09-C-0115).

M.W. Builders Co., Temple, Texas, was awarded on Sept. 25, 2009 a $29,540,000 firm-fixed-price contract for the Volar Barracks renovation at Fort Riley, Kan. Work is to be performed in Fort Riley, Kan., with an estimated completion date of Mar. 2, 2010. Bids were solicited on the World Wide Web with eight bids received. U.S. Army Corps of Engineers, Kansas City District, Kansas City, Mo., is the contracting activity (W912DQ-09-C-4027).

Contrack International, Inc., McLean, Va., was awarded on Sept. 25, 2009 a $27,841,952 firm-fixed-price contract. This contract is for the design/bid/build construction of the waterfront development program, US Naval Support Activity, Bahrain. Work is to be performed in Bahrain, Saudi Arabia., with an estimated completion date of June 9, 2011. Thirty three bids were solicited with six bids received. U.S. Army Corps of Engineers, Transatlantic Programs Center, Winchester, Va., is the contracting activity (W912ER-09-C-0051).

BAE Systems, York, Pa., was awarded on Sept. 25, 2009 a $25,708,255 firm-fixed-price contract. This requirement is for the procurement of nine items. 119 are required to support Operation Desert Storm-situational awareness kits for the Bradley Fighting Vehicle. Work is to be performed in York, Pa., with an estimated completion date of Apr. 20, 2010. One bid solicited with one bid received. U.S. Army Corp of Engineers, TACOM LCMC, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).



Innovative Emergency Management, Inc., Baton Rouge, La., was awarded on Sept. 25, 2009 a $22,500,000 cost-plus-fixed-fee contract for the WebPuff Information Improvements, maintenance support, and Phase V. Work is to be performed in Baton Rouge, La., with an estimated completion date of Sept. 25, 2014. One Sole Source bid was solicited with one bid received. U.S. Army Research Development Engineering Command Acquisition Center, Edgewood Division, Aberdeen Proving Ground, MD., is the contracting activity (W911SR-09-D-0009).

General Dynamics C4 Systems, Scottsdale, Ariz., was awarded on Sept. 25, 2009 a $19,419,170 cost-plus-fixed-fee contract. This contract is for the procurement of logistics and engineering support service and sparing for existing Land Warrior systems. Work is to be performed in Scottsdale, Ariz., (80 percent), Rochester, Minn., (8 percent), Alexandria, Va., (6 percent), Centennial, Colo., (6 percent) with an estimated completion date of Sept. 24, 2012. One bid was solicited with one bid received. U.S. Army Research, Development & Engineering Command, CCRD-AP-BA, Aberdeen Proving Ground, Md., (W91CRB-09-C-0110).

Austin Helle Company, Inc., Cedar Grove, N.J., was awarded on Sept 25, 2009 a $17,042,688 firm-fixed-price contract. This contract is for the construction of the package, handling, storage, and transportation facility at Picatinny Arsenal, N.J. As described in the plans and specifications, including all plant, labor, and materials. Work is to be performed in Picatinny Arsenal, N.J., with an estimated completion date of Apr. 1, 2011. Bids were solicited on the World Wide Web with 16 bids received. U.S. Corps of Engineers, CENAN-CT, New York City, N.Y., is the contracting activity (W912DS-09-C-0020).

Clayco, Inc., St. Louis, Mo., was awarded on Sept. 25, 2009 a $16,064,147 firm-fixed-price contract for the design and construction of the Army Reserve Center, Willow Grove, Pa. Work is to be performed in Willow Grove, Pa., with an estimated completion date of June 23, 2009. Bids were solicited on the World Wide Web with 15 bids received. U.S. Corps of Engineers, Louisville District, Louisville, Ky. is the contracting activity (W912QR-09-C-0089).

General Dynamics Land Systems, Inc., Sterling Heights, Mich., was awarded on Sept. 25, 2009 a $15,891,075 cost-plus-fixed-fee contract. This contract is for the modification P00128 is exercising six separate options for system technical support for the ABRAMS tank program. Work is to be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 31, 2011. One bid solicited with one bid received. U.S. Army TACOM, Warren, AMSCC-TAC-AHLC, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).

General Dynamics C4 Systems, Inc., Scottsdale, Ariz., was awarded on Sept 25, 2009 a $13,911,464 task order with cost plus incentive fee (CPIF) contract. This contract is for the Delivery/Task Order (DO) provides spiral development for pre-planned product improvements and technology insertions, software upgrades on CPIF basis. Also, DO provides support services for additional testing and vehicle maintenance for PE systems on a T&M basis. Period of performance is 17 months. Work is to be performed in Scottsdale, Ariz., (59 percent), Austin, Texas., (37 percent), Fort Huachuca, Ariz., (1 percent), White Sands Missile Range, N.M., (1 percent), and Melborne, Fla., (2 percent) with an estimated completion date of Mar.n31, 2011. Bids were solicited via IBOP with three bids received. U.S. Army Corps of Engineers, CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-09-D-W401).

Alutiiq International Solutions, LLC., Dallas, Texas, was awarded on Sept. 25, 2009 a $13,444,788 firm-fixed-price contract for the design/build services in the Southwestern Region, Patriot Battalion, company operations facility, Fort Bliss, Texas. Work is to be performed in Fort Bliss, Texas., with estimated date of Jan. 30, 2011. Four bids were solicited with three bids received. U.S. Army Corps of Engineers, Albuquerque District-CESPA-CT, Albuquerque, N.M., is the contracting activity (W912HN-08-D-0024).

The Christmas Company, Lansing, Mich., was awarded on Sept. 25, 2009 a $12,469,000 firm-fixed-price contract for the design/build of a hazardous material response facility on the Pentagon Reservation. Work is to be performed in Arlington, Va., with an estimated completion date of Jun. 1, 2011. Bids were solicited on the World Wide Web with 12 bids received. Washington headquarters Services / Acquisition & Procurement Office, Arlington, Va., is the contracting activity (HQ0034-09-C-3009).

Creek Services., LLC., Gretna, La., was awarded on Sept. 25, 2009 a $29,984,860 firm-fixed price contract. This contract is for the West Banks & vicinity, New Orleans, Louisiana, Westwego to Harvey Canal, Hurricane and storm damage risk reduction system Orleans Village to LA Highway, 45 Levee Phase 2, First Lift, (WBV-14b.2). Work is to be performed in Jefferson Parish, La., with an estimated completion date of Sept. 23, 2011. Bids were solicited via FedTeds with five bids received. USA Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-09-D-014).

Phylway Construction, LLC., Thibodaux, La., was awarded on Sept. 25, 2009 a $10,904,860 firm-fixed-price contract for the construction of Hurricane Protection Levee west banks and vicinity (WBV), La., Cataoutche Western Tie-In, WBV 70, sand cell embankment. Work is to be performed in St. Charles Parish, Louisiana., with estimated date of Mar. 11, 2011. Eleven bids were solicited with seven bids received. U.S. Army Corps of Engineers, New Orleans District, New Orleans, La., is the contracting activity (W912P8-09-D-0046).

BAE Systems Inc., Anniston, Ala., was awarded on Sept. 25, 2009 a $10,344,949 cost-plus-fixed-fee contract. This contract is for the Mortar Fire System, purchase of long lead item parts, ambulance markings, process and shipping, engine repairs, armor harvesting, and transmission repair. Work is to be performed in Anniston, Ala., with an estimated completion date of Feb. 25, 2010. One bid solicited with one bid received. U.S. Army Corps of Engineers, TACOM, AMSCC-TAC-AHLA, Warren, Mich., is the contracting activity (W56HZV-05-G-0005).

DRS Coden Systems, Merrimack, N.H., was awarded on Sept. 28, 2009 a $10,148,199 firm-fixed-price contract for the Ground Intelligence and Surveillance System. Work is to be performed in Morgan Hill, Calif., with an estimated completion date of Sept. 28, 2011. One Sole Source bid was solicited with one bid received. U.S. Corps of Engineers, CECOM Acquisition Center, Fort Monmouth, N.J., is the contracting activity (W15P7T-09-C-D275).

Archer Western / Butt Construction, Chicago, Ill., was awarded on Sept. 25, 2009 a $9,097,524 firm-fixed-price contract for a human performance wing at Wright-Patterson Air Force Base, Dayton, Ohio, and the modification of purchased/installation of furniture. Work is to be performed at Wright-Patterson Air Force Base, Dayton, Ohio., with an estimated completion date of Feb. 27, 2011. Bids solicited via IGE with three bids received. U.S. Corps of Engineers, Louisville District, Ky., is the contracting activity (W912QR-08-C-0014).

Brigadier Construction Services, LLC., Cleveland, Ohio., was awarded on Sept. 25, 2009 a $8,941,725 firm-fixed-price contract for the design/build construction-replace dining facility at Camp Atterbury, Ind. Work is to be performed in Edinburgh, Ind., with an estimated completion date of Feb. 12, 2011. Two bids were solicited with two bids received. U.S. Army Corp of Engineers, Norfolk, Va., is the contracting activity (W91236-08-D-0057).

Homeland Contracting Corp., Va., was awarded on Sept. 25, 2009 a $8,635,100 firm-fixed-price contract. This contract is to construct Phase I of a multi-phase advanced training support center. Project includes administrative space, special work areas, office support areas, classrooms, conference rooms, storage areas, mailroom functions, and computer/communication Space. Work is to be performed in Fort Leonard Wood, Md., with an estimated completion date of Mar. 30, 2011. Bids were solicited via FedBizOpps with one bid received. U.S. Army Corps of Engineers, Norfolk District, Norfolk, Va., is the contracting activity (W91236-08-D-0070)

General Dynamics Land Systems, Inc., Sterling Heights, Mich., was awarded on Sept. 25, 2009 a $8,189,569 cost-plus-fixed-fee contract. This contract is for the modification P00129 is exercising seven separate options for system technical support for the ABRAMS tank program. Work is to be performed in Sterling Heights, Mich., with an estimated completion date of Dec. 31, 2011. One bid solicited with one bid received. U.S. Army TACOM, Warren, AMSCC-TAC-AHLC, Warren, Mich., is the contracting activity (W56HZV-07-C-0046).

Power Services, Inc., Las Vegas, Nev., was awarded on Sept. 25, 2009 a $8,160,403 firm-fixed-price contract. This project is to design and build two facilities on the same site at Fort Huachuca, Ariz. The first facility is a tactical equipment motor pool and the other company operations facility. Work is to be in Fort Huachuca, Ariz., with an estimated completion Mar. 25, 2011. Bids were solicited on the World Wide Web and CDB with eight bids received. U.S. Army of Engineer District, Los Angeles, Calif., is the contracting activity (W912PL-09-0031).

S&M and Associates, Inc., Pascagoula, Miss., was awarded on Sept 25, 2009 a $7,906,264 firm-fixed-price contract. This is a contract for the Lower Mississippi River, museum and interpretive site. Work is to be performed in Vicksburg, Miss., with an estimated completion date of Dec. 30, 2010. Bids were solicited via FedBizOpps with five bids received. U.S. Army Corps of Engineers, Vicksburg District, Vicksburg Contracting Office, Vicksburg, Miss., is the contracting activity (W912EE-09-C-0049).

Hi-Way Paving, Inc., Hilliard, Ohio, was awarded on Sept. 25, 2009 a $7,651,000 firm-fixed-price contract to replace the primary runway, south end at Wright Patterson Air Force Base, Ohio. Work is to be performed at Wright Patterson Air Force Base, Ohio, with an estimated completion date of Dec. 1, 2010. U.S. Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-09-C-0087).

Gyrocam Systems, LLC., East Sarasota, Fla., was awarded on Sept. 25, 2009 a $7,386,315 firm-fixed-price contract. This contract is for a Foreign Military Sale Case CN-P-LIK requirement to produce and deliver 17 Gyrocam Vehicle Optics Sensor System, spare parts and repair parts to the government of Canada, and to provide associated vendor services to complete the integration, installation and test on the Buffalo A2 with BAE bar armor. These camera system and parts will be used by the clearance vehicles; the remainder will be reserved as spares. These cameras systems will be used by the Canadian government in support of existing VOSS II field support representatives contracted under the U.S. Army in Afghanistan. Work is to be performed in Sarasota, Fla., with an estimated completion date of Jan. 31, 2010. One bid solicited with one bid received. U.S. Army Corps of Engineers, CECOM Contracting Center Washington, Fort Belvoir, Va., is the contracting activity (W9009MY-09-C-0079).

Patrick Albin Carlson Joint Venture, LLC., Lisle, Ill., was awarded on Sept. 25, 2009 a $6,552,122 firm-fixed-price contract. This contract is for FY09 design/ build of a Sault STE Asset Recapitalization Project air steam, water utility system repairs and improvements. Work is to be performed in Sault Ste Marie, Mich., with an estimated completion date of Oct. 10, 2010. Nine bids solicited with one bid received. U.S. Corps of Engineers, Detroit, Mich., is the contracting activity (W911XK-09-C-0039).

The Rose Group, Tulsa, Okla., was awarded on Sept. 25, 2009 a $6,373,186 firm-fixed-price. This is a construction contract fir the Training Support Center warehouse which us a 43,000 square feet facility. The building structure is based on a pre-engineered steel frame construction system with metal classing. The primary use is warehouse space for storage. The facility also has a general purpose administration area, multi-purpose classroom/ work centers, break rooms/storm shelter, latrines and dock area for shipping and receiving. The project includes a fire sprinkler system, fire pump, geothermal water to air ground source heat pumps with loop field and gas fired low intensity radiant heaters, Site features includes concrete truck dock apron and private owned vehicle parking area, sidewalks and establishment of turf. Work is to be performed in Fort Sill, Okla., with an estimated completion date of July 31, 2011. Bids were solicited via FedBixOpps with six bid received. U.S. Army Engineer District, Tulsa, Okla., is the contracting activity (W912BV-09-C-2005).

Black Horse Group, LLC., Watertown, N.Y., was awarded on Sept. 25, 2009 a $6,357,600 firm-fixed-price contract for the construction of a child development center, Fort Drum, New York. Work is to be performed in Fort Drum, Luray, N.Y., with an estimated completion date of May 20, 2011. One Hundred sixty nine bids were solicited with 10 bids received. U.S. Corps of Engineers, CENAN-CT, New York City, N.Y., is the contracting activity (W912DC-09-D-0004).

BAE Systems National Security Solutions, Inc., San Diego, Calif., was awarded on Sept. 25, 2009 a $6,233,862 firm-fixed-price contract for the production of high resolution terrain elevation date Level 3 data product. Work is to be performed in Pittsburg, Pa., with an estimated completion date of Jan. 13, 2013. Eighteen bids solicited with 18 bids received. National Geospatial-Intelligence Agency, Contracting Office, ACSM, MS L13, St. Louis Mo., is the contracting activity (NMA302-03-D-0004).

Nothrop Grumman System Corp., Technical Services Inc., Sierra Vista, Ariz., was awarded on Sept. 25, 2009 a $6,216,222 cost-plus-fixed-fee contract for Hunter unmanned aviation systems contractor logistics support for the Dugway, UT move. Work is to be performed in Sierra Vista, Ariz., with an estimated completion date of Sept. 24, 2010. One bid solicited with one bid received. U.S. Army Aviation & Missile Command Contracting Center, CCAM-AR-A, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-08-C-0025).

Stanley Associates Inc., Arlington, Va., was awarded on Sept. 24, 2009 a $5,650,450 firm-fixed-price contract for G-4 logistic management staff support located in Kuwait. Work is to be performed in Kuwait with an estimated completion date of Sept. 30, 2010. Fifteen bids were solicited with one bid recived. U.S. Army Corps of Engineers, Contracting Command, Rock Island Contracting Center, Rock Island, Ill., is the contracting activity (W911SE-07-D-0010).

DQSI Corp., Covington, L.A., was awarded on Sept. 25, 2009 a $5,331,002 firm-fixed-price contract. This contract is for the construction of West Bank & Vicinity, New Orleans, L.A., hurricane protection project, Lake Cataouatche Levee, Western Tie-In Levee, WBV-71, St. Charles Parish, L.A. Work is to be performed in St. Charles Parish, L.A., with an estimated completion date of Sept. 10, 2010. Seven bids solicited with seven bids received. U.S. Army Corps of Engineers, New Orleans District, New Orleans, L.A., is the contracting activity (W912P8-08-D-0047).

Cosmopolitan-EMTA, Columbia, Md., was awarded on Sept. 25, 2009 a $5,227,557 firm fixed-price contract for the Expeditionary Tent Beddown, Masirah Island, Oman. Work is to be performed in Oman with an estimated completion date of Apr. 30, 2010. Twenty four bids were solicited with five bids received. U.S. Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-09-C-0052).

Contrack International, Inc ., McLean, Va., was awarded on Sept. 25, 2009 a $5,682,101 firm fixed-price contract for the design/build above ground fuel line, Al Dhafra Air Base, UAE. Work is to be performed in United Arab Emirates with an estimated completion date of June 30, 2010. Seventeen bids were solicited with three bids received. U.S. Corps of Engineers, Winchester, Va., is the contracting activity (W912ER-09-C-0050).

Pace Pacific Corp., Phoenix, Ariz., was awarded on Sept. 25, 2009 a $5,642,000 firm-fixed-price contract. This project entitled "Add/ Alter, Child Development Center" (CDC) consists of construction of an approximately 16,000 square feet new additions and 9,000 square feet remodel to Building 7019 at Cannon Air Force Base, New Mexico. The CDC project will require phasing to ensure the existing CDC can remain operational during construction. Work is to be performed at Cannon Air Force Base, Curry County, N.M., with an estimated completion date of Oct. 27, 2010. Ninety five bids were solicited with 10 bids received. U.S. Army Corps of Engineers, Albuquerque District, CESPA-CT, Albuquerque, N.M., is the contracting activity (W912PP-09-C-0033).

NAVY
Raytheon Company, Tucson, Ariz. is being awarded a $206,088,754 modification to previously awarded contract (N00024-09-C-5301) for the FY09 Standard Missile II (SM-2) production of all-up round missiles, AN/DKT-71A telemetric data transmitting sets (TDTS's), section level spares, post production spares, shipping containers, and associated data. The contract provides for the procurement of FY09 and FY10 (options) U.S. and FMS (Foreign Military Sales) SM-2 requirements, including 402 missiles, 40 AN/DKT-71A TDTS, shipping containers, spares and associated data. Work will be performed in Tucson, Ariz. (74 percent); Andover, Mass. (18 percent); Camden, Ark. (5 percent); Farmington, N.M. (3 percent), and is expected to be completed by December 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, DC, is the contracting activity.

Atlantic Contingency Constructors, Norfolk, Va., is being awarded $83,017,605 for firm-fixed price task order #0013 under a previously awarded multiple award construction contract (N62470-06-D-6007) for design and construction of Naval Systems Management Activity administration facility and warehouse at Naval Support Activity Washington. The task order is incrementally funded with the first increment of $19,318,823 being allocated at the time of award. The second increment will be funded in FY 10 at $63,698,782. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $84,222,120. Work will be performed in Washington, D.C., and is expected to be completed by Jun. 2011. Contract funds will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity.

Hunt Building Company, Ltd., El Paso, Texas, is being awarded a $69,854,900 firm-fixed price contract for new construction of 146 Navy family housing units and renovation of the Navy Fitness Center at Naval Base Guantanamo Bay. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by Mar. 2012. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 13 proposals received. The Naval Facilities Engineering Command, Southeast, South Atlantic Integrated Product Team, Jacksonville, Fla., is the contracting activity (N69450-09-C-1260).

Manu Kai, LLC, Honolulu, Hawaii, is being awarded a $69,032,769 modification (P00013) under a previously awarded cost-plus-fixed-price, indefinite-quantity contract (N00604-09-D-0001) to exercise and option for range operations support and base operations support services at Pacific Missile Range Facility Kauai, Hawaii. Work will be performed in Kauai, Hawaii, and work is expected to be completed by September 2010. Contract funds will not expire before the end of the fiscal year. This contract was competitively awarded through Navy Electronic Commerce Online and Federal Business Opportunities website, with four offers received. The Fleet and Industrial Supply Center Pearl Harbor, Hawaii, is the contracting activity.

Hensel Phelps Construction Co., Irvine, Calif., is being awarded a $60,270,000 firm-fixed price contract for the design and construction of the Bachelors Enlisted Quarters (BEQ) at Naval Base Coronado. The proposed new construction will consist of a multi-story concrete BEQ with 264 modules. Modules will include living areas, kitchenettes, and semi-private baths. The contract also contains a planned modification, which if issued, would increase cumulative contract value to $66,960,000. Work will be performed in San Diego, Calif., and is expected to be completed by Oct. 2011. Funds for this project are provided by the American Recovery and Reinvestment Act of 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 16 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-09-C-1821).

Scott Alliance Joint Venture*, Chicago, Ill. (N40083-09-D-0031); Molter Corporation*, Tinley Park, Ill. (N40083-09-D-0032); Old Veteran Construction*, Chicago, Ill. (N40083-09-D-0033); and Kowalenko/Carlson Builders Joint Venture*, Chicago, Ill. (N40083-09-D-0034), are each being awarded a design-build multiple award construction contract for design, construction, and renovation at Naval Station (NS) Great Lakes and Department of Defense facilities within a 200-mile radius of NS Great Lakes. The maximum dollar value for all four contracts combined is$50,000,000. Work will be performed at government facilities in Ill. (96 percent); Ind. (2 percent); and Wis. (2 percent), and work is expected to be completed Sept. 2014. This contract was competitively procured as an 8(a) set-aside via the Navy Electronic Commerce Online website, with 10 proposals received. These four contractors shall compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity.

V.T. Griffin Services, Inc., Alpharetta, Ga., is being awarded a $46,285,497 modification under a previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N69272-00-D-3170) to exercise option 8 for base operating services for Kings Bay Naval Base. Work provides for a full range of base operations and maintenance to include security, fire protection, janitorial, refuse disposal, grounds maintenance, emergency medical services, utilities and telephone system operation and maintenance, facility maintenance, vehicle maintenance, weight handling equipment and material handling equipment maintenance, social services counseling, hazardous material tracking and hazardous waste collection and disposal. The total contract amount after exercise of this option will be $597,090,875. This contract also contains one additional unexercised option period, which if exercised, would increase cumulative contract value to $643,561,925. Work will be performed in Kings Bay, Ga., and is expected to be completed by Sept. 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Fla., is the contracting activity.

Alliant Techsystems, Inc., Tactical Propulsion and Controls Division, Rocket Center, W. Va., is being awarded a $30,797,386 cost, no-fee facilities acquisition contract for restoration projects in support of the Navy's continuing restoration program at Allegany Ballistics Laboratory. The Allegany Ballistics Laboratory is a government owned, contractor operated Navy Industrial Reserve Ordnance Plant. The Navy's operating contractor is ATK. Work will be performed in Rocket Center, W. Va., and is expected to be completed by September 2011. Contract funds in the amount of $30,797,386 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-09-E-4415).

Barnhart, Inc., San Diego, Calif., is being awarded $29,489,692 for firm-fixed price task order #0004 under a previously awarded multiple award construction contract (N62473-08-D-8614) for the design and construction of the Wounded Warrior Headquarters and Wounded Warrior Hope and Care Center at Marine Corps Base Camp Pendleton. The task order also contains two planned modifications, which if issued would increase the cumulative contract value to $35,489,692. Work will be performed in Oceanside, Calif., and is expected to be completed by Oct. 2011. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Boeing Company, Anaheim, Calif., is being awarded $28,753,579 modification under previously awarded contract (N00030-09-C-0002) to exercise and option to provide the following efforts for the TRIDENT II (D5) navigation subsystem: (1) engineering support services, and problem investigations for U.S. and U.K.-owned electrostatically supported gyro navigator (ESGN) navigation inertial equipment, (2) modification, refurbishment, and repair of US and UK ESGN instruments and components, (3) TRIDENT II (D5) shipyard overhaul field engineering, (4) US Fleet documentation, surveillance program, and training, and (5) US/UK stable platform housing refurbishment. The options increase the total contract value to $62,642,565. Work will be preformed in Anaheim, Calif. (84 percent) and Heath, Ohio (16 percent), and work is expected to be completed December 31, 2012. Contract funds in the amount of $1,270,000 will expire at the end of the current fiscal year. The Navy's Strategic Systems Programs, Arlington, Va., is the contracting activity.

RQ Construction, Inc., Bonsall, Calif., is being awarded $27,949,089 for firm-fixed price task order #0005 under a previously awarded multiple award construction contract (N62473-06-D-1060) for the design and construction for the renovation of the Navy Exchange Navy Lodge at Naval Air Station North Island. This project shall consist of a new four-story lodge addition, directly east and adjacent to the existing two-story Navy Lodge which shall remain, and a new one story maintenance support building. The new lodge addition shall consist of 203 units. Work will be performed in San Diego, Calif., and is expected to be completed by Oct. 2010. Contract funds will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

AMEC Earth & Environmental, Inc., San Diego, Calif., is being awarded $24,871,947 for firm-fixed price task order #0006 under a previously awarded multiple award environmental services contract (N62473-08-D-8816) for full-scale remediation at Stuart Mesa East Agricultural Fields, Marine Corps Base Camp Pendleton. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $36,864,987. Work will be performed in Oceanside, Calif., and is expected to be completed by Sept. 2010. Contract funds will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Swiftships Shipbuilders, LLC, Morgan City, La., is being awarded a $23,558,753 firm-fixed-price contract to provide 35-meter patrol boat training in support of the Iraqi Navy. Training will be comprised of training simulators, including spare parts, and patrol boat training inclusive of course development, execution of the training curricula and other incidentals, such as berthing and messing for Iraqi sailors. Work will be performed in Morgan City, La., and is expected to be completed in September 2010. Contract funds in the amount of $23,558,753 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Air Warfare Center Training Systems Division, Orlando, Fla., is the contracting activity (N61339-09-C-0034).

Lockheed Martin Aeronautics Co., Marietta, Ga., is being awarded a $21,299,587 modification to a previously awarded firm-fixed-price contract (N00019-09-C-0053) for the procurement of two additional Harvest Hawk capabilities I and II kits for the Marine Corps KC-130J aircraft. Work will be performed in Palmdale, Calif., and is expected to be completed in December 2010. Contract funds in the amount of $21,299,587 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

CH2M Hill, Inc., Virginia Beach, Va., is being awarded a maximum $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect/engineering contract with for architect and engineering services for material and waste environmental compliance engineering support at various locations in the NAVFAC Atlantic and mid-Atlantic area of responsibility (AOR). Work will be performed at Navy and other DOD installations within the contiguous United States and overseas locations throughout NAVFAC Atlantic and mid-Atlantic AOR, and is expected to be completed by Sept. 2014. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N62470-09-D-2999).

Stronghold Engineering, Inc., Riverside, Calif., is being awarded $19,939,127 for firm-fixed price task order #0007 under a previously awarded multiple award construction contract (N62473-06-D-1057) for design and construction of a Bachelor Enlisted Quarters at Naval Auxiliary Landing Field, San Clemente Island. The work to be performed provides for the complete design and construction of three two-story buildings that will provide accommodations for 45 two person units, totaling 90 personnel. The task order also contains a planned modification, which if issued would increase cumulative task order value to $21,587,127. Work will be performed in San Diego, Calif., and is expected to be completed by Aug. 2011. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Reyes Construction, Inc., Pomona, Calif., is being awarded $18,450,000 for firm-fixed price task order #0002 under a previously awarded multiple award construction contract (N62473-09-D-1648) for the Special Missions Training Branch battle course at Marine Corps Base Camp Pendleton. The work to be performed provides for construction of a nominal 270 degree horizontal arc tactical automated reaction range/urban sniper range to support sniper small arms training requirements. Work will be performed in Oceanside, Calif., and is expected to be completed by Apr. 2011. Contract funds will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

BAE Systems, US Combat Systems, Louisville, Ky. is being awarded a $16,971,836 cost-plus-fixed fee order under previously awarded basic ordering agreement (N00024-07-G-5438) for the overhaul and upgrade of two MK 45 gun mounts to the "E" deployable configuration. The proposed order will provide manufacturing, overhauling, upgrading and depot level repair and service for the Navy's MK 45 gun system at the Port Hueneme Division Louisville Detachment. Work will be performed in Louisville, Ky. (80 percent) and Minneapolis, Minn. (20 percent), and is expected to be completed by November 2011. Contract funds in the amount of $8,896,000 will expire at the end of the current fiscal year. This contract was not competitively procured. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, Calif. is the contracting activity.

Harper Construction Company, Inc., San Diego, Calif., is being awarded $16,838,431 for firm-fixed price task order #0003 under a previously awarded multiple award construction contract (N62473-08-D-8617) for the design and construction of the Regimental Maintenance Complex at Marine Corps Base Camp Pendleton. The task order also contains a planned modification, which if issued would increase the cumulative contract value to $19,166,431. Work will be performed in Oceanside, Calif., and is expected to be completed by Mar. 2011. Contract funds will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Rich Moe Enterprises/Coakley & Williams Joint Venture*, Upper Marlboro, Md., is being awarded a $15,064,000 firm-fixed-price contract for Hangar 110 modernization at Naval Air Station Patuxent River. The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $17,823,000. Work will be performed in Patuxent River, Md., and is expected to be completed by Feb. 2011. Funds for this project are provided by the American Recovery and Reinvestment Act of 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command, Washington, Wash., D.C., is the contracting activity (N40080-09-C-0172).

RA Burch Construction, Inc., Ramona, Calif., is being awarded $12,299,188 for firm-fixed price task order #0006 under a previously awarded multiple award construction contract (N62473-08-D-8607) for design and construction to repair and modernize Littoral Combat Ship Squadron Building 55 at Naval Base San Diego. Work to be performed provides for repairs to deteriorated architectural, mechanical, electrical, fire protection systems and seismic upgrades. The repair will provide consolidated space for LCS Squadron Headquarters, command suites, administrative spaces and ship core crew spaces. Planned modification is for collateral equipment including furniture, fixtures and equipment. The task order contains a planned modification, which if issued, would increase cumulative task order value to $15,835,188. Work will be performed in San Diego, Calif., and is expected to be completed by Oct. 2011. Funds for this project are provided by the American Recovery and Reinvestment Act of 2009. Contract funds will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Northrop Grumman Shipbuilding, Inc., Newport News, Va. is being awarded an $11,201,278 cost-plus-fixed-fee task order (FY04) under a previously awarded Basic Ordering Agreement (N00024-05-G-4418) for Alteration Installation Support Services in support of Combat and Sonar System Warfare Federated Tactical Systems on the USS Bremerton (SSN 698) at Naval Undersea Warfare Center Division Keyport, Keyport, Wash. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by March 2010. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured. NUWC Division Keyport, Keyport, Wash., is the contracting activity.

Lockheed Martin Corp., Liverpool, N.Y., is being awarded a $9,906,079 cost plus incentive fee contract for the Preliminary Design of the Surface Electronic Warfare Improvement Program (SEWIP) Block 2. SEWIP is an evolutionary acquisition program to upgrade the existing AN/SLQ-32(V) Electronic Warfare System. The SEWIP Block 2 will upgrade the receiver/antenna group as well as improve combat system integration, in order to keep capabilities current with the pace of the threat. This contract includes options which, if exercised, would bring the cumulative value of this contract to $166,927,181. Work will be performed in Liverpool, N.Y. (76 percent); Lansdale, Pa. (13 percent), Morgan Hill, Calif. (11 percent), and is expected to be completed by June 2010. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured under full and open competition and three offers were received. The Naval Sea Systems Command, Washington, Navy Yard, D.C., is the contracting activity (N00024-09-C-5300).

Raytheon Company, McKinney, Texas is being awarded a $9,852,875 firm-fixed-price job order for spare parts U.S. Navy H-60 helicopter configuration of the multi-spectral targeting (MTSs) for the systems. The MTSs will be installed on U.S. Navy UH-60R and UH-60S models to enhance their sensor capabilities. Work will be performed in McKinney, Texas, and is expected to be completed by September 2010. Contract funds will not expire at the end of the current fiscal year. The anticipated job order award was not competitively procured. Naval Surface Warfare Center, Crane Ind. is the contracting activity (N00164-06-G-8555, JO 43).

Hourigan Construction, Virginia Beach, Va., is being awarded a $9,845,000 firm-fixed price contract for design and construction of the repair to Runway 5R/23L at Naval Air Station Oceana. The work to be performed provides for asphalt milling, resurfacing pavement protection systems, and reconstruction of entire pavement sections of the runway. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $14,594,900. Work will be performed in Virginia Beach, Va., and is expected to be completed by Jan. 2011. Funds for this project are provided by the American Recovery and Reinvestment Act of 2009. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-5075).

Cascade General, Inc., Portland, Ore., is being awarded a $9,591,503 firm-fixed-price contract for a 150-calendar-day restricted shipyard availability of Military Sealift Command submarine tender USS Emory S. Land. The ship's primary mission is to provide repairs, spare parts, provisions, stores, potable water, consumables and petroleum to the Navy's submarines and other naval forces at sea. The restricted shipyard availability is primarily for repairs to the ship's service turbo generators and distillers; installation of high-pressure turbine assembly; replacement of fire pumps and associated controllers; and replacement of the main-feed and booster pumps. The contract includes options that, if exercised, would bring the total contract value to $11,174,072. Work will be performed at Naval Station Bremerton, Wash., and is expected to be completed within 150 calendar days. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with two offers received. The U.S. Navy's Military Sealift Fleet Support Command, a field activity of Military Sealift Command, is the contracting activity (N40442-09-C-2012).

L3 Communications-Ocean Systems Division, Sylmar, Calif. is being awarded a $9,180,519 five year indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee provisions for engineering services in support of the Anti-Submarine Warfare mission package for the Unmanned Surface Vehicle dipping sonar (UDS) mission system. The services consist of at-sea testing, hardware/software development, integrated logistics support and safety support, program management/system engineering support and fabrication of a second UDS. Work will be performed in Sylmar, Calif. (45 percent); Bryan, Texas (38 percent); Hauppauge, N.Y (6 percent); Santa Clarita, Calif. (4 percent) and various Government locations (7 percent), and is expected to be completed by September 2012. Contract funds in the amount of $100,000 will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities website, with one offer received. The Naval Undersea Warfare Center Division, Newport is the contracting activity (N66604-09-D-0024).



I.E. Pacific, Inc.*, San Diego, Calif., is being awarded $8,870,500 for firm-fixed price task order #0002 under a previously awarded multiple award construction contract (N62473-06-D-1657) for renovation of the Emergency Department (Part A) and restore interior spaces for Mental Health Clinic and Deployment Health Center at the Naval Medical Center (Part B). The task order also contains a planned modification, which if issued would increase cumulative task order value to $9,973,000. Work will be performed in San Diego, Calif., and is expected to be completed by Nov. 2011. Contract funds for Part A will expire at the end of current fiscal year. Contract funds for Part B are provided by the American Recovery and Reinvestment Act of 2009 and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity

Chugach Support Services, Inc.*, Anchorage, Alaska, is being awarded an $8,584,236 modification under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-01-D-9700) to exercise option 7 for consolidated services at the Naval Medical Center, Portsmouth and its Outlying Clinics. The work to be performed provides for the following services: medical and non-medical housekeeping services, maintenance and repair of centrifugal chillers, water treatment services, maintenance and repair of bio-digest systems, maintenance and repair of automatic doors, maintenance and repair of emergency generators, bulk waste disposal services, regulated medical waste disposal services, maintenance and repair of vertical transportation equipment, relamping services, guard services, and maintenance and repair of passive barriers. The total contract amount after exercise of this option will be $112,944,842. Work will be performed in Portsmouth, Va., and work is expected to be completed Mar. 31, 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

T.B. Penick & Sons, Inc., San Diego, Calif., is being awarded $8,345,848 for firm-fixed price task order #0006 under a previously awarded multiple award construction contract (N62473-08-D-8618) for the design and construction of a child development center at Naval Base Point Loma. The contract also contains a planned modification, which if issued would increase cumulative task order value to $9,041,041. Work will be performed in San Diego, Calif., and is expected to be completed by Feb. 2011. Funds for this project are provided by the American Recovery and Reinvestment Act of 2009. Contract funds will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

General Electric, Lynn, Mass., is being awarded a $7,491,350 modification (P00003) on a previously awarded Performance Based Logistics contract (N00383-04-D-014M) for a three month contract extension to provide for repair or replacement of T700 engine components utilized on the H-60 and AH1W aircraft. Work will be performed in Arkansas City, Kansas, and work is expected to be completed by December 2009. Contract funds will not expire before the end of the current fiscal year. This contract was competitively procured, with two firms solicited and two offers received. The Naval Inventory Control Point is the contracting activity.

RDA Construction Corp.*, Canton, Mass., is being awarded a $7,162,524 firm-fixed price contract for waterfront improvements at Naval Station Newport. The work to be performed provides for demolition of a concrete wharf and metal sheet pile bulkhead and construction of approximately 259 meter metal sheet pile replacement bulkhead between Piers 1 and 2 at Naval Station, Newport. Underwater rock and sediment removal which may potentially require a dredger is a part of this contract. This project also constructs a replacement parking area, storm drainage, and other incidental site related work in support of future ship berthing including planned utilities and tie-structures. Work will be performed in Newport, R.I., and is expected to be completed by Apr. 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-09-C-7002).

Soltek Pacific Construction Company, San Diego, Calif., is being awarded $6,898,000 for firm-fixed-price task order #0006 under a previously awarded multiple award construction contract (N62473-06-D-1058) for the design and construction of a Bachelor Enlisted Quarters (BEQ) at Marine Corps Logistics Base Barstow. The work to be performed provides for the design and construction of the BEQ and demolition of two existing structures. The contract also contains a planned modification, which if issued would increase cumulative contract value to $7,276,000. Work will be performed in Barstow, Calif., and is expected to be completed by Apr. 2011. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Z-CORP Design Build, Inc.*, Norfolk, Va., is being awarded $6,439,034 for firm-fixed price task order #0005 under a multiple award construction contract (N40085-05-D-5036) to construct a new fire station at Naval Station Norfolk. Work will be performed in Norfolk, Va., and is expected to be completed by Feb. 2011. Contract funds will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

Pacific Program-Design Management Services, Joint Venture, Pasadena, Calif., is being awarded $6,402,794 for task order #0008 under a previously awarded cost-plus-award fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62742-08-D-0009) to exercise option one for program management support services for various projects covered by the Defense Policy Review Initiative and other projects in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The total contract amount after exercise of this option will be $20,883,343. Work will be performed primarily in Guam (80 percent); Hawaii (10 percent); and may include work in the Commonwealth of the Northern Marianas Islands (seven percent); and locations anywhere in the Pacific and Indian Oceans (NAVFAC Pacific's AOR, three percent), and work is expected to be completed Sept. 30, 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

BAE Systems, Rockville, Md., is being awarded $6,372,867 for task order 0033 under a previously awarded contract (M67854-02-A-9015). The scope of this effort is to provide on-going engineering/technical, logistics, and programmatic support for Marine Corps Systems Command (MCSC), Infantry Weapons Systems (IWS) Anti-Armor Weapons programs. The scope of FY09 requirements includes missile and targeting production engineering support for guidance, fuzing, warheads, imagery, technology insertion for targeting improvements and retrofit programs for training assets to the Saber and Javelin systems, and developmental engineering support go the Shoulder Launched Multi-Purpose Assault Weapon. FY09 fielding preparation for Saber and Javelin systems includes production engineering support for multiple programs, system software evaluation, and system safety/Weapon System Explosive Safety Review Board and other board certifications. Fielding requirements for the Saber and Javelin Systems will include new equipment training, contractor logistics support preparation, operational forces/original equipment manufacturer system fielding coordination, general maintenance and supportability analysis. In addition, inventory and database management shall be required for Javelin, SMAW, and the M-220t Tube-launched, optically-tracked, wire-guided missile. General programmatic support (e.g., milestone preparation, briefings, IPT participation, DoD 5000 documentation, configuration and program database management support) will be required throughout the period of performance for each of the principal systems. Work will be performed in Quantico, Va., and work is expected to be completed in October 2010. Contract funds will not expire at the end of the current fiscal year. Marine Corps System Command, Quantico, Va., is the contracting activity.

Solpac Construction, Inc., San Diego, Calif., is being awarded $6,286,000 for firm-fixed price task order #0005 under a previously awarded multiple award construction contract (N62473-06-D-1058) for design and construction for the renovation of Bachelor Enlisted Quarters Building 26, Phase II, at Naval Medical Center San Diego. This project shall consist of the renovation of all elevator lobbies on Levels One through Six, as well as the basement levels One, Two, and Three. This project also includes the renovation of the First Floor South Wing and the redesign of the architectural, interior finishes, adjustments and upgrades of the mechanical, electrical, fire protection and any other system affected by the renovation. The contract also contains a planned modification, which if issued would increase cumulative contract value to $7,388,500. Work will be performed in San Diego, Calif., and is expected to be completed by Apr. 2011. Contract funds will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Halbert Construction Co.*, El Cajon, Calif., is being awarded $5,956,686 for firm-fixed price task order #0006 under a previously awarded multiple award construction contract (N62473-09-D-1615) for design and construction for the replacement of the training pool and automatic pool covers at Naval Amphibious Base, Coronado. The work to be performed provides for the complete design and construction to replace a swimming pool, deck and construct a bathhouse facility that will include men and women bathroom areas, showers and locker rooms. The contract also contains three unexercised options, which if exercised would increase cumulative contract value to $7,028,642. Work will be performed in San Diego, Calif., and is expected to be completed by Mar. 2011. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity.

Hana Group, Inc.*, Honolulu, Hawaii, is being awarded $5,931,524 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40083-07-D-0011) to exercise option 3 for regional security services at Naval Station Great Lakes, Naval Support Activity Mid-South, and Naval Surface Warfare Center, Carderock Division. The work to be performed provides for all management supervision, labor hours, training, equipment and supplies necessary to perform armed security officer services to include but not limited to: manning watch standing posts, providing entry control point services (guard gates), performing identification checks, performing vehicle inspections, and performing roving guard services that monitor the facilities. The total contract amount after exercise of this option will be $24,130,535. Work will be performed in Great Lakes, Ill. (61 percent); Millington and Memphis, Tenn. (36 percent); and Crane, Ind. (3 percent), and work is expected to be completed Sept. 30, 2010. Contract funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity.

Humphrey Mechanical, Inc., Jacksonville, N.C., is being awarded $5,695,400 for firm-fixed priced task order #0007 under a previously awarded multiple award construction contract (N40085-09-D-5340) for renovations and repairs to Bachelor Officers Quarters Building AS705 at Marine Corps Air Station New River. Work will be performed in Jacksonville, N.C., and is expected to be completed by Sept. 2011. Funds for this project are provided by the American Recovery and Reinvestment Act of 2009. Contract funds will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.